Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 1,1997 PSA#1942

NASA/Langley Research Center, Mail Stop 144, Industry Assistance Office, Hampton, VA 23681-0001

A -- INDEFINITE QUANTITY CONTRACT FOR ATMOSPHERIC SCIENCE REMOTE SENSING INSTRUMENT TECHNOLOGY AND FLIGHT SYSTEM DEVELOPMENT POC Linda P. Fitzgerald, Procurement Analyst, Phone (757)-864-2461, Fax (757) 864-7898, Email L.P.FITZGERALD@larc.nasa.gov WEB: Click here for the latest information about this notice, http://procurement.nasa.gov/EPS/LaRC/date.html#SS274. E-MAIL: Linda P. Fitzgerald, L.P.FITZGERALD@larc.nasa.gov. NASA Langley Research Center is hereby soliciting information for potential sources for Earth Atmospheric Science Remote Sensing Technology and Flight System Development. No solicitation exists; therefore, do not request a copy of the solicitation. The effort requires the development of space flight instrument systems in support of Earth science missions and associated atmospheric science research. This includes: 1) the development of mission and instrument concepts; 2) advanced instrument technology development; and 3) flight instrument component and system development to support Earth atmospheric science research. Mission and flight instrument concept development includes mission requirements definition; instrument requirements definition; instrument mathematical modeling and simulations; instrument conceptual design and analyses; and spacecraft interface (mechanical, thermal, and electrical) definition. Concept development must also include cost and schedule estimates for design, development, integration and test of the flight instrument system. Advanced instrument technology development includes the design, development, integration, testing and validation of component technologies and advanced prototype instruments to reduce the technical and programmatic risk for development of flight systems to support Earth science missions. Component and instrument prototype performance must be validated in an appropriate environment that may include laboratory, field, aircraft, balloon, and/or Space Shuttle testing and evaluation. Flight instrument component and system development includes the design, development, integration and testing (performance and environmental), and calibration of the flight component or system. Component development also includes developing plans and procedures for the integration and testing of the component into the instrument system; and instrument system development includes developing plans and procedures for spacecraft/system integration and testing, and on-orbit testing and calibration. The instrument systems developed for this effort include active and passive sensors that may be either nadir or limb viewing. These systems may be deployed into low Earth orbit (all inclinations) or geo-stationary orbit. A variety of techniques may be used to measure atmospheric parameters that utilize extinction, emission, reflection, or scattering of electro-magnetic energy in the atmosphere. The following describes the science measurements, systems, and the technologies required for the atmospheric science missions and associated science research to be supported by the proposed IDIQ contracts. Lidar Systems obtain high vertical spatial resolution profiles of clouds, aerosols, water vapor, ozone and other gases; and map winds in the troposphere using Lidar systems in low Earth orbit. These systems use several detection techniques including direct backscatter (clouds and aerosols), differential absorption (water vapor and ozone), and coherent detection (winds). Laser transmitter wavelengths span from the ultra-violet to the infrared. Technologies required for these systems are compact, efficient, space-qualified lasers; and various receiver technologies including lightweight, deployable telescopes and low noise, wide bandwidth, large dynamic range detectors and electronics. Spectrometers obtain profiles of temperature, pressure, water vapor, clouds, and water vapor tracer winds ; measure tropospheric and stratospheric constituents important to climate change and meteorology, and global scale transport processes; and directly measure Earth radiation. This is accomplished with a variety of highly calibrated systems including Fourier Transform Spectrometers (FTS), grating spectrometers, imaging spectrometers, and Fabrey-Perot interferometers that span the ultra-violet to far-infrared portion of the spectrum. Technologies required to enable and enhance these instruments include large focal plane detector arrays; active and passive thermal management; lightweight materials for structures and optics; advanced digital signal processors; and efficient actuators. Radiometers measure the angular distribution of the earth radiation budget from the top of atmosphere to the surface; the global distribution and temporal variation of atmospheric constituents important to climate change and meteorology; atmospheric dynamics and transport processes; profiles of aerosols; and active fires and characterization of burned areas. Instrument systems to accomplish these science measurement objectives include filter radiometers, broadband radiometers, limb emission filter infrared radiometers, and imaging radiometers. Technologies needed to enhance or enable these systems include infrared detectors and detector arrays; active and passive thermal management systems; efficient actuators; and spectrally flat broadband detectors, and optical filters with improved long-term stability and out-of-band rejection. Firms having the required specialized capabilities to meet the above requirement should submit a capability statement of 5 pages orless indicating the ability to perform the effort as described above. Firms are encouraged but not required to have the capabilities for Lidar Systems, Spectrometers and Radiometers. However, all of the capabilities for the development of mission and instrument concepts; advanced instrument technology development; and flight instrument component and system development for either Lidar Systems, Spectrometers or Radiometers are required. Responses should be submitted to NASA Langley Research Center, Industry Assistance Office, Attn: Linda P. Fitzgerald, Mail Stop 144, Hampton, VA 23681-0001, or by e-mail to l.p.fitzgerald@larc.nasa.gov. Responses must include the following: (1) name and address of firm, (b) size of business: average annual revenue for past 3 years and number of employees, (c ) ownership: Large, Small, Small Disadvantaged, 8(a), and/or Woman-Owned, (d) number of years in business, (e) two points of contact: name, title, phone, fax, and e-mail, (f) DUNS Number (if available), (g) affiliate information: Parent company, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime), (h) a list of customers covering the past 5 years: highlight relevant work including a summary of work performed, contract number, contract type, dollar value for each customer reference and customer point of contact with phone number, and interested parties should provide their company status relative to ISO 9000 compliance and/or third party registration. Technical questions should be directed to John Costulis at (757)864-7174 or Steve Jurczyk at (757)864-1865. Please advise if the requirement is considered to be a commercial or commercial-type product. A commercial item is defined in "Note A". This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. Respondents deemed fully qualified will be considered in any resultant solicitation for the requirement. The Government reserves the right to consider a small business or 8(a) set-aside based on responses hereto. The SIC code for this procurement is 8731 with a small business size standard of 1000 employees. Closing date is 14 days from the date of publication of this announcement. In responding reference SS274. Any referenced numbered notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nnotes.htm. (0272)

Loren Data Corp. http://www.ld.com (SYN# 0004 19971001\A-0004.SOL)


A - Research and Development Index Page